Award

The Provision of External Coaching Services

CALMAC FERRIES LIMITED

This public procurement record has 3 releases in its history.

Award

27 May 2022 at 15:55

TenderUpdate

11 Nov 2021 at 12:14

Tender

07 Jun 2021 at 15:45

Summary of the contracting process

The procurement process involves CalMac Ferries Limited, based in Gourock, Scotland, seeking to appoint a supplier for the "Provision of External Coaching Services," primarily aimed at enhancing leadership development within their organisation. This tender falls under the training services category, and the procurement stage is currently in the award phase, with the contract valued at £120,000 signed on 28th April 2022. The procurement method is a selective procedure with negotiation, and the services are intended for various staff groups across the DML Group of companies, especially focusing on CalMac Ferries Limited staff on the West Coast of Scotland.

This tender presents opportunities for businesses specialising in leadership development and coaching services, especially those that can demonstrate a proven track record in delivering high-quality coaching to executive and senior management levels. Companies focusing on tailored, flexible service offerings with strong professional integrity will find themselves well-suited to compete. Additionally, given the emphasis on providing virtual and in-person services, businesses with capabilities to support coaching delivered across various locations, particularly within Scotland, may be at an advantage in this competitive selection process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

The Provision of External Coaching Services

Notice Description

David MacBrayne Limited (DML) is the parent company of CalMac Ferries Ltd, which in turn is supported by a human resource subsidiary, David MacBrayne HR (UK) Ltd (DML HR). DML HR are seeking to appoint an experienced supplier to deliver expert Leadership Development Coaching for target groups of staff to ensure their development as leaders and managers is continually supported.

Lot Information

Lot 1

While the principal contracting entity is DML HR, it is envisioned that services will be provided across the DML Group of companies and primarily to target groups of staff in CalMac Ferries Limited, (CFL). CFL is the operator of the Clyde & Hebrides Ferry Service, a multi-award-winning ferry & port operator and ship management specialist. CFL provides essential lifeline services and logistical support to island and remote communities on the West Cost of Scotland. Within CalMac Ferries, as with many Public Sector organisations, there is a reliance on strong leadership and management to ensure that organisational goals are achieved. As such, Leadership Development is provided for target groups of staff to ensure their development as leaders and managers is continually supported. Whilst CFL delivers internal coaching opportunities, it has been identified that the provision of expert coaching services from an external service provider with a proven track record of delivery is required. This will help to ensure that top talent, emerging talent and key post holders are appropriately equipped to manage the demands and challenges of their roles, particularly in an environment of change and disruption. The term of contract will be for a period of two (2) years with the option to extend for up to a further two (2) years in 12-month increments. The contract is for the delivery of Coaching services for talent that supports the continuous development of the Organisation and includes the provision of: - Executive Coaching services and support for Executive Directors - Leadership and management Coaching services on a one to one basis for leaders and managers identified as top talent in line with the Organisation's values and behaviours - Ad hoc Coaching services for specific challenges identified through talent, succession and excelling performance discussions - Tailored Coaching services on a group/team basis - Provision of Coaching tools and techniques to optimise development - Insight and sharing of current tools, techniques and thinking to ensure new development and trends are adopted as part of the coaching culture and application of best practice coaching - Coaching services provided virtually and in person at agreed locations across our organisation geography (typically the West Coast of Scotland) - Coach/Coachee agreements, contract performance and financial reporting against the agreed contract The Service provider must have: - a track record of high-performance delivery to executive directors, senior managers and emerging talent - the ability to provide flexible and tailored services to maximise benefit to the organisation - access to a wide range of resources (coaches and coaching tools) that can be relied upon to provide a comprehensive service offering - a clear process in place by which coaches are matched to individuals - a clear method of coaching process including chemistry meetings and establishing a coaching contract that is agreed between the coach, individual being coached and the line manager - high professional integrity in relation to coaching experience Pricing shall be fixed for the first 2 years following which price variations shall be limited to a maximum of CPI. Those suppliers passing the SPD stage may be required to make a presentation of their Tender submission. Although the presentation is not scored it will be used to clarify offers and could result in scores changing as a result of the clarification provided. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. CFL reserves the right to award additional services in accordance with regulation 33(8) of the Public Contracts (Scotland) Regulations 2015.

Renewal: The term of contract will be for a period of two (2) years with the option to extend for up to a further two (2) years in 12-month increments.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b919
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014975-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80500000 - Training services

Notice Value(s)

Tender Value
£360,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£120,000 £100K-£500K

Notice Dates

Publication Date
27 May 20223 years ago
Submission Deadline
9 Jul 2021Expired
Future Notice Date
Not specified
Award Date
27 Apr 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Alison Ure
Contact Email
alison.ure@calmac.co.uk
Contact Phone
+44 1475650243

Buyer Location

Locality
GOUROCK
Postcode
PA19 1QP
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM Scotland

Local Authority
Inverclyde
Electoral Ward
Inverclyde West
Westminster Constituency
Inverclyde and Renfrewshire West

Supplier Information

Number of Suppliers
1
Supplier Name

THE TAYLOR CLARKE PARTNERSHIP

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02b919-2022-05-27T16:55:42+01:00",
    "date": "2022-05-27T16:55:42+01:00",
    "ocid": "ocds-h6vhtk-02b919",
    "description": "DML HR reserves the right to Down Select to two Bidders once the first submission within the ITT has been scored with only the two highest scoring Tenderers being invited to negotiate at DML HR's sole discretion. DML HR conditions of the procurement will be published in the ITT. In the meantime Economic Operators should note that the conditions of the procurement include (but are not limited to) the following: -The eligibility requirements in this Contract Notice will apply to the procurement at all times. Economic Operators may be excluded from this competition if the Economic Operator no longer meets the selection criteria set out in the Contract Notice at any stage during the competition and/or there is a change in identity, control, financial standing or other factor impacting on the selection process affecting the Economic Operator; DML HR is subject to the requirements of the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004. Accordingly, all information submitted to DML HR may need to be disclosed and/or published by it in response to a request under FOISA or the EIRs; and -Economic Operators will remain responsible for all costs and expenses incurred by them in connection with this competition. DML HR will not be liable to reimburse or compensate any costs incurred in connection with an Economic Operator's participation in this competition, including any costs or other liability in respect of the cancellation of the process.\" The award criteria questions and weightings will be published in the ITT. Bidders will be expected to demonstrate Coaching capability. Award criteria scoring will be the following: 0 Unacceptable; 25 Poor; 50 Acceptable; 75 Good; 100 Excellent. Full definitions of the scoring are provided in the ITT. Bidders should note that DML HR intends to ask relevant award questions at the ITT stage. These ITT questions shall be grouped as either belonging to mandatory Pass/Fail type questions or questions which shall be scored and weighted. Where a supplier has been assessed to have failed a Pass/Fail question their tender submission shall be deemed non-compliant and excluded from that point forward within the ITT process. For information only. The buyer reserves the right to fully validate a Tender response following the first submission of Tenders and before Contract award. (SC Ref:695048)",
    "initiationType": "tender",
    "tender": {
        "id": "CSHR21-445",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "The Provision of External Coaching Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "80500000",
            "description": "Training services"
        },
        "mainProcurementCategory": "services",
        "description": "David MacBrayne Limited (DML) is the parent company of CalMac Ferries Ltd, which in turn is supported by a human resource subsidiary, David MacBrayne HR (UK) Ltd (DML HR). DML HR are seeking to appoint an experienced supplier to deliver expert Leadership Development Coaching for target groups of staff to ensure their development as leaders and managers is continually supported.",
        "value": {
            "amount": 360000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "While the principal contracting entity is DML HR, it is envisioned that services will be provided across the DML Group of companies and primarily to target groups of staff in CalMac Ferries Limited, (CFL). CFL is the operator of the Clyde & Hebrides Ferry Service, a multi-award-winning ferry & port operator and ship management specialist. CFL provides essential lifeline services and logistical support to island and remote communities on the West Cost of Scotland. Within CalMac Ferries, as with many Public Sector organisations, there is a reliance on strong leadership and management to ensure that organisational goals are achieved. As such, Leadership Development is provided for target groups of staff to ensure their development as leaders and managers is continually supported. Whilst CFL delivers internal coaching opportunities, it has been identified that the provision of expert coaching services from an external service provider with a proven track record of delivery is required. This will help to ensure that top talent, emerging talent and key post holders are appropriately equipped to manage the demands and challenges of their roles, particularly in an environment of change and disruption. The term of contract will be for a period of two (2) years with the option to extend for up to a further two (2) years in 12-month increments. The contract is for the delivery of Coaching services for talent that supports the continuous development of the Organisation and includes the provision of: - Executive Coaching services and support for Executive Directors - Leadership and management Coaching services on a one to one basis for leaders and managers identified as top talent in line with the Organisation's values and behaviours - Ad hoc Coaching services for specific challenges identified through talent, succession and excelling performance discussions - Tailored Coaching services on a group/team basis - Provision of Coaching tools and techniques to optimise development - Insight and sharing of current tools, techniques and thinking to ensure new development and trends are adopted as part of the coaching culture and application of best practice coaching - Coaching services provided virtually and in person at agreed locations across our organisation geography (typically the West Coast of Scotland) - Coach/Coachee agreements, contract performance and financial reporting against the agreed contract The Service provider must have: - a track record of high-performance delivery to executive directors, senior managers and emerging talent - the ability to provide flexible and tailored services to maximise benefit to the organisation - access to a wide range of resources (coaches and coaching tools) that can be relied upon to provide a comprehensive service offering - a clear process in place by which coaches are matched to individuals - a clear method of coaching process including chemistry meetings and establishing a coaching contract that is agreed between the coach, individual being coached and the line manager - high professional integrity in relation to coaching experience Pricing shall be fixed for the first 2 years following which price variations shall be limited to a maximum of CPI. Those suppliers passing the SPD stage may be required to make a presentation of their Tender submission. Although the presentation is not scored it will be used to clarify offers and could result in scores changing as a result of the clarification provided. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. CFL reserves the right to award additional services in accordance with regulation 33(8) of the Public Contracts (Scotland) Regulations 2015.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The term of contract will be for a period of two (2) years with the option to extend for up to a further two (2) years in 12-month increments."
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "The Procurement will be conducted through the use of the Competitive Procedure with Negotiation. All queries about this procurement must be made via the PCS-T messaging system. The process we will apply is: Statements including the specific requirements can be found within Section III.1.3 of the Contract Notice. Bidders must pass the minimum standards sections of the SPD(Scotland). Part III and Section B of Part IV will be scored on a pass/fail basis, and section C of part IV of the SPD(Scotland) will be scored in the following way: Questions 4C 1.2 of the SPD will be scored using the following methodology: 100- Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 50 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 25 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. The responses to the questions at Section III.1.3 of the Contract Notice will be weighted in the following way. Please see SPD(Scotland) Question 4C.1.2: 100%."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "deliveryLocation": {
                    "description": "West Coast of Scotland"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Minimum level(s) of standards required: Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: NB. Ratios shall be based upon the latest available published accounts 1- Return on Capital Employed: must be at a ratio greater than \"0\" 2- Acid Test (Current Ratio): Current Ratio must be greater than \"1\" 3- Gearing: Gearing must be a figure of less than 100% 4- Interest Coverage: Interest Coverage must be a figure of 2 or above The Bidder should provide its average yearly turnover for the past three (3) of years",
                    "minimum": "Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's Liability Insurance = GBP 5 Million Professional Indemnity Insurance = GBP 5 Million",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please evidence if you have worked with similar type industries (100%) In relation to the outlined description, bidders are required to describe and demonstrate past experiences (in the last 3 years) in delivering similar service and relevance to DML HR. You should include values of these Contracts. Bidders should note the weighting for this question (Weighting 100%) therefore please ensure bidders provide as much detail as possible. Details of the customer organisation for whom the work was carried out, please supply email address as DLM HR may contact this Company for references",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Suppliers and their sub-contractors are required to pay the Scottish Living Wage to their employees where involved in the delivery of this contract.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2021-07-30T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-07-09T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "description": "Term of Contract Please note \"The term of contract will be for a period of one (1) year with the option to extend for up to a further three (3) years in 12-month increments."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-6996",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Alison Ure",
                "telephone": "+44 1475650243",
                "email": "alison.ure@calmac.co.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.calmac.co.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10923",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Transport - Ferry Operator"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-2728",
            "name": "Greenock Sheriff Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 1 Nelson Street",
                "locality": "Greenock",
                "postalCode": "PA15 1TR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 01475787073",
                "email": "greenock@scotcourts.gov.uk",
                "faxNumber": "+44 01475720965"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/greenock-sheriff-court-and-justice-of-the-peace-court"
            }
        },
        {
            "id": "GB-FTS-54120",
            "name": "The Taylor Clarke Partnership Ltd",
            "identifier": {
                "legalName": "The Taylor Clarke Partnership Ltd"
            },
            "address": {
                "streetAddress": "20-23 Woodside Place",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G3 7QL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1412211707",
                "faxNumber": "+44 1412216266"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-6996",
        "name": "CalMac Ferries Limited"
    },
    "language": "en",
    "awards": [
        {
            "id": "014975-2022-CSHR21-445-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-54120",
                    "name": "The Taylor Clarke Partnership Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "014975-2022-CSHR21-445-1",
            "awardID": "014975-2022-CSHR21-445-1",
            "status": "active",
            "value": {
                "amount": 120000,
                "currency": "GBP"
            },
            "dateSigned": "2022-04-28T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000655255"
        }
    ]
}